Requirement for Construction Consultants Sunderland
Construction consultants – M&E consulting engineers and project managers. UK-Sunderland: architectural, construction, engineering and inspection services
2012/S 51-083473
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Sunderland
Planning and Finance, 2nd Floor Edinburgh Building, Chester Road
For the attention of: Maureen Casey
SR1 3SD Sunderland
UNITED KINGDOM
Telephone: +44 1915152470
E-mail: tenders@sunderland.ac.uk
Fax: +44 1915152035
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Other: University
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Construction consultants – M&E consulting engineers and project managers.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: University of Sunderland.
NUTS code UKC23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 3
II.1.5)Short description of the contract or purchase(s)
The University seeks to develop framework agreements for the following consultancy services, to work with construction companies (major and minor works) architectural, QS, structural, CDM coordinators and access consultants appointed under existing framework agreements, which will expire October 2013.
I. Project management;
II. M&E engineering consultants.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71310000, 71312000, 71313000, 71315000, 71315200, 71330000, 71333000, 71334000, 71242000, 71244000, 71247000, 71248000, 71311000, 71318000, 71322000, 71520000, 71530000, 71541000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework agreements will cover a range of projects from minor internal refurbishment to major refurbishment or new build project all of varying values. Joint ventures maybe available futuristically dependant on funding.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: M&E engineering consultants
1)Short description
The University seeks to develop framework agreements for the following consultancy services, to work with construction companies (major and minor works) architectural, QS, structural, CDM coordinators and access consultants appointed under existing framework agreements, which will expire October 2013.
II. M&E Engineering consultants.
2)Common procurement vocabulary (CPV)
71000000, 71310000, 71315200, 71333000, 71334000, 71313000, 71242000, 71244000, 71247000, 71248000, 71311000, 71315000, 71318000, 71322000, 71520000, 71541000
3)Quantity or scope
The framework agreements will cover a range of projects from minor internal refurbishment to major refurbishment or new build project all of varying values. Joint ventures maybe available futuristically dependant on funding.
It is envisaged that this will be a framework of 3 suppliers.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
An option to extend for an additional 12 months maybe selected dependant on performance.
Lot No: 2 Lot title: Project Managers
1)Short description
The University seeks to develop framework agreements for the following consultancy services, to work with construction companies (Major and minor works) architectural, QS, structural, CDM coordinators and access consultants appointed under existing framework agreements, which will expire October 2013.
I. Project management.
2)Common procurement vocabulary (CPV)
71000000, 71310000, 71315200, 71333000, 71334000, 71313000, 71242000, 71244000, 71247000, 71248000, 71311000, 71315000, 71318000, 71322000, 71520000, 71530000, 71541000
3)Quantity or scope
The framework agreements will cover a range of projects from minor internal refurbishment to major refurbishment or new build project all of varying values. Joint ventures maybe available futuristically dependant on funding.
It is envisaged that this will be a framework of 3 suppliers.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
An option to extend for an additional 12 months maybe selected dependant on performance.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Group or Consortia bidders must be jointly and severably liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Bidders should note that the client is not obliged to accept any tender submitted by any party in response or pursuant to the invitation to tender and the client has the right to cancel the project at any stage.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Further information will be requested in the form of a pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information will be requested in the form of a pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Further information will be requested in the form of a pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UofS/Project Managers and M&E Consultants/0312
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.4.2012
Payable documents: yes
Price: 50 GBP
Terms and method of payment: A 50 GBP fee is payable.
Please send a request to participate to:
tenders@sunderland.ac.uk and a link will be provider in order to make payment.
IV.3.4)Time limit for receipt of tenders or requests to participate
11.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Maureen Casey University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
E-mail: tenders@sunderland.ac.uk
Telephone: +44 1915152470
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.3.2012